REQUEST FOR PRE-QUALIFICATION FOR SHORT-LISTING OF TOWER CONTRACTORS, CONDUCTOR & INSULATOR SUPPLIERS

Size: px
Start display at page:

Download "REQUEST FOR PRE-QUALIFICATION FOR SHORT-LISTING OF TOWER CONTRACTORS, CONDUCTOR & INSULATOR SUPPLIERS"

Transcription

1 REQUEST FOR PRE-QUALIFICATION FOR SHORT-LISTING OF TOWER CONTRACTORS, CONDUCTOR & INSULATOR SUPPLIERS TO FACILITATE POWERGRID S PARTICIPATION IN 765 kv TRANSMISSION LINE PROJECTS UNDER TARIFF BASED COMPETITIVE BIDDING ROUTE RFPQ Code No.: 01/CC/TBCB/ RFPQ-765kV/ /1 पवर गड कपरशन आफ इनडय गगटड (भरत सरकर क उद) Power Grid Corporation of India Limited (A Government of India Enterprise)

2 REQUEST FOR PRE-QUALIFICAITON (RFPQ) NOTICE 1.0 Power Grid Corporation of India Limited (POWERGRID) intends to participate in future Transmission Line Projects under Tariff Based Competitive Bidding (TBCB) route for its selection as Transmission Service Provider (TSP) including the following Two Transmission Line Projects of 765 kv Voltage level: (a) Transmission System associated with the IPPs of Vemagiri Area (Package A) [Approximate lengths of Transmission Lines: 500 kms. Bid Process Coordinator: REC.] (b) Transmission System associated with the IPPs of Nagapattinam/ Cuddalore Area (Package A) [Approximate lengths of Transmission Lines: 500 kms. Bid Process Coordinator: PFC.] 2.0 Accordingly, POWERGRID hereby invites Request for Pre-Qualification (RFPQ) from Applicants, fulfilling the Qualifying Requirements (QR) applicable for 765 kv Transmission lines as brought-out in the RFPQ Document for further shortlisting them so as to solicit Request for Estimate & Proposal (RFEP) in the following Package Categories: (a) (b) (c) Supply-cum-Erection of Tower (the scope of work shall cover supply and installation of towers, earthwire/opgw, hardware fittings, accessories for conductor and earthwire/opgw) [Category Code: TBCB/765 kv/tw] Supply of Conductor [Category Code: TBCB/765 kv/cd] Supply of Insulator [Category Code: TBCB/765 kv/is] 3.0 The Applications to this RFPQ shall include qualification data to the stipulated QR and other information/details/data/documentary evidences as sought through this RFPQ Document. Based on the submission in the Applications, POWERGRID shall prepare a list of qualified Parties under the aforementioned Package Categories to facilitate POWERGRID for its participation in Transmission Line Projects under TBCB route. 4.0 Against this notice, the RFPQ Document has been uploaded on POWERGRID s website Interested Applicants are requested to download the document and submit their RFPQ as per the following schedule: Web site hosting of RFPQ Documents : 17/10/2011 onwards Deadline for Submission of Applications against this RFPQ : 1530 hrs (IST) on 08/11/ i -

3 The Applicants may please note that there is no Application fee for this RFPQ process. 5.0 Please visit our website Tenders RFPQ TBCB for downloading the RFPQ Document. The Applications to RFPQ are required to be submitted in Hard copy by Post or in person, so as to reach within the deadline for submission of Applications to RFPQ mentioned above, at the address given below. Application submitted through or soft copy shall not be entertained by POWERGRID. Chief Manager (TBCB-CS), 8 th Floor, TBCB Cell, Power Grid Corporation of India Limited, Saudamini, Plot No. 2, Sector-29, Gurgaon , Haryana, India. Phone No.: +91 (124) Extn. 3311; Mobile No.: ; Fax No.: +91 (124) For any clarification, queries may be sent by at ppandey@powergridindia.com. 6.0 Notwithstanding anything stated herein above, POWERGRID reserves the right to annul the aforesaid RFPQ process any time and may, at its option with out assigning any reason, and shall bear no liability whatsoever consequent upon such a decision. - End - - ii -

4 RFPQ DOCUMENT TABLE OF CONTENTS Section Description Page No. Request For Pre-Qualification (RFPQ) i - ii Notice Table of Contents iii Section 1 Introduction 1-2 Section 2 Instruction to bidders 3-7 Section 3 Qualifying Requirements for various 8-14 Package Categories Section 4 Evaluation Criteria Section 5 Process of Request for Estimation and Proposal (RFEP) Section - 6 Forms and Formats for submission of Applications - iii -

5 1.1 About POWERGRID SECTION 1: INTRODUCTION Power Grid Corporation of India Limited (POWERGRID) is the third largest and one of the best managed Transmission Utilities in the world. It presently owns and operates over 82,000 ckt kms. of transmission lines from 132kV to 765kV voltage level and 135 nos of EHV sub-stations with transformation capacity of around 92,000 MVA. POWERGRID has a unique track record of maintaining availability of over 99.5% consistently for its transmission network. POWERGRID wheels about 50% of total power generated in the country through its transmission network. 1.2 Purpose of this RFPQ With the introduction of Tariff Based Competitive Bidding (TBCB) for selection of Transmission Service Provider to undertake Transmission Line Projects under Build, Own, Operate and Maintain (BOOM) basis, POWERGRID intends to participate in the TBCB process for selection as the Transmission Service Provider (TSP). The objective of this process is to obtain most competitive prices from the bidding fraternity to enable POWERGRID to participate/compete for 765 kv Transmission Line Projects being offered under TBCB The Applications to this RFPQ shall, inter-alia, include qualification data to the stipulated QR as contained in Section 3: Qualifying Requirements (QR) for the following Package Categories: (a) (b) (c) Supply-cum-Erection of Tower (the scope of work shall cover supply and installation of towers, earthwire/opgw, hardware fittings, accessories for conductor and earthwire/opgw) [Category Code: TBCB/765 kv/tw] Supply of Conductor [Category Code: TBCB/765 kv/cd] Supply of Insulator [Category Code: TBCB/765 kv/is] Application shall be submitted as per Section 2: Instructions to Bidders. For the purpose of ranking the qualified Parties as per the evaluation criteria stipulated in Section - 4, the Applicants are also required to furnish all the requisite information/ details/data/ documentary evidences in respect of following aspects: Past performance (previous technical experiences) Financial soundness (turnovers, liquid assets and consistent profitability) Technical competence (testing facility, as applicable) Organizational capability (manufacturing capacity and capability) Page - 1

6 1.2.3 The Applicants for each Package Category shall be qualified based on the stipulated Qualification Requirements. The qualified Parties shall thereafter be ranked based on the evaluation criteria and the short-listed Parties shall be invited to submit response to Request for Estimate & Proposal (RFEP) as detailed in Section 5 of this RFPQ Document POWERGRID reserves the right to carry out verification of the credentials and assessment of capacity and capability of the Applicants at any stage of this process. - End - Page - 2

7 SECTION 2: INSTRUCTIONS TO BIDDERS 1. There is no Application fee for this RFPQ process. Applicants shall submit the Application to this RFPQ in the prescribed Forms and Formats as contained in Section - 6. The Application shall be in ORIGINAL plus ONE copy. It must be submitted in a SEALED ENVELOPE in Hard Copy. Besides, the Applicant shall also be required to submit the soft version of the Application [MS Word file(s) alongwith relevant scanned pdf file(s) for supporting documentary evidences, as applicable] to be contained in a Compact Disc (CD) as well as backup of the same in another CD clearly mentioning the name of the Applicant, Package Category and Code of the Application on top of CDs. The Applicants shall note that the Applications submitted only through or soft copy shall not be considered by POWERGRID. 1.1 Applicants are requested to provide complete and precise information in the space provided along with supporting documentary evidences, as applicable. The Applicants should attach separate sheet(s) in case the space provided is not sufficient. POWERGRID will consider the Applications solely on the basis of information/details/data/documentary evidences etc. provided by the Applicants in the Applications only without seeking further clarifications from the Applicants in normal circumstances. Accordingly, the Applicants are required to furnish complete and precise information along with supporting documentary evidences as applicable in the Applications as the same shall be treated as final and no further clarifications may be asked by POWERGRID from the Applicants for qualification or evaluation purposes. Incomplete, partially complete, not clearly filled forms giving incorrect information are liable to be rejected without any consideration. Where the answer is a statement of fact it must be accurate and supported by documentary evidence wherever required. It is the Applicant s responsibility to respond with such clarity that will ensure POWERGRID not to misinterpret any of the Applications. 1.2 The original and the copy of the Application shall be typed or written in indelible ink and the same alongwith relevant supporting documentary evidences etc. must be signed and stamped with company seal by a person duly authorized to sign on behalf of the Applicant. This authorization shall consist of a written power of attorney accompanying the Application. The name and position held by each person signing the authorization must be typed or printed below the signature in the power of attorney document. Page - 3

8 The Applicants shall also be required to furnish an affidavit regarding correctness of all the information provided by them as per the format provided in Section 6 of the RFPQ Document. This affidavit MUST be signed and stamped with company seal by a full time Director/ CEO/ Chairman-cum- Managing Director of the Applicant and attested/nortorised by a Magistrate/Notary. 1.3 Separate Applications shall be submitted for each Package Category alongwith necessary documents and details, if the Applications by one Applicant are made to more than one Package Category. 2. The Applications so received from the interested Applicants within the deadline and address as mentioned below, shall be scrutinized. The Applicants shall be considered only when they fulfill minimum qualification criteria as stipulated for different Package Categories in Section 3 of this RFPQ Document. Deadline for submission of Applications: upto 1530 hrs (IST) on 08/11/2011 Address for submission of Applications: Chief Manager (TBCB-CS), 8 th Floor, TBCB Cell Power Grid Corporation of India Ltd. Saudamini, Plot No. 2 Sector 29, Gurgaon, Haryana, India. PIN Phone : +91(124) ; Mobile No.: Fax No.: +91 (124) ppandey@powergridindia.com POWERGRID also does not take any responsibility for loss of any Application in transit. 3. The RFPQ Document is meant for the exclusive purpose of facilitating POWERGRID for its participation in Transmission Line Projects under TBCB route and shall not be transferred to any other party or reproduced or used otherwise for any purpose other than for which they are specifically provided. Further, all the costs associated with preparation of Applications, submission of the same to POWERGRID etc. shall be borne by the Applicants only. 4. In addition to meeting the Qualifying Requirements, Applicants meeting the following mandatory criteria need only to apply. Page - 4

9 a) The Applicant must be registered under Indian Company Act 1956 / Indian Partnership Act 1932/The Indian Factories Act 1948/Any relevant Indian Laws, whichever is applicable (Applicable for Indian Applicants only). b) The Applicant must have Sales Tax Registration No. / Service Tax Registration No. / Permanent Account No. (PAN), whichever is applicable. It is desirable that the Applicant shall have separate PF code no. also (Applicable for Indian Applicants only). 5. As detailed in Section 5 to this RFPQ Document, POWERGRID may resort to e- reverse auction prior to award stage of contracts for different Package Categories. Therefore, Applicants must have to create facility like procuring and keeping valid Digital Signature Certificate, Computer system and internet etc. presently so that e-reverse auction can be done immediately as and when communicated by POWERGRID. In case an Applicant does not have aforesaid facilities for e-reverse auction as and when requested by POWERGRID, its Request For Estimate & Proposal (RFEP) would run the risk of rejection at that time. Therefore, Applicant s confirmation for the creating aforesaid facilities for e-reverse auction is essential at the time of submission of Applications to this RFPQ. 6. Any clarification with respect to this RFPQ may be obtained from the address given at para 2.0 above. The request for clarification shall be received on or before 26/10/ Others 7.1 Submission of Application does not automatically guarantee inclusion of name in the list of qualified/short-listed Parties. 7.2 POWERGRID reserves the right to call for additional information and/or check, verify all the information furnished in the Application. POWERGRID also reserves the right to inspect all premises / facilities to confirm the authenticity of information furnished / capabilities mentioned in the Application. 7.3 POWERGRID reserves the right to reject Applications on the basis of unsatisfactory performance of ongoing job or any similar job in the last seven (7) years or for furnishing false information/declaration in the Application. 7.4 POWERGRID reserves the right to reject any or all the Applications without assigning any reasons whatsoever. 7.5 POWERGRID s decision shall be final on all matters. Page - 5

10 7.6 Applicants to note that Applications with conditions unacceptable to POWERGRID shall be rejected. 7.7 Fraud and Corruption It is the POWERGRID s policy that requires the Applicants to observe the highest standard of ethics during this RFPQ process. In pursuance of this policy, POWERGRID: (a) (i) (ii) (iii) (iv) (v) defines, for the purpose of this provision, the terms set forth below as follows: corrupt practice is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; obstructive practice is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a POWERGRID s investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; Page - 6

11 or (bb) acts intended to materially impede the exercise of the POWERGRID s inspection and audit rights. (b) (c) (d) will reject an Application if it determines that the Applicant has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the Pre- Qualification in question; will sanction a firm or individual, including declaring ineligible, either indefinitely or for a stated period of time, if it at any time of this process determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, in this Pre- Qualification process; and will have the right to require that the provision be included in Bidding Documents and in contracts, requiring Bidders, suppliers, and contractors and their sub-contractors to permit the POWERGRID to inspect their accounts and records and other documents relating to RFEQ/bid submission and contract performance and to have them audited by auditors appointed by the POWERGRID. 7.8 The Applicant is also required to complete the accompanying Integrity Pact (as per the prescribed format given in Section 6 to this RFPQ Document), which shall be applicable for this RFPQ Process, duly signed on each page by the authorised signatory(ies) signing the Application in TWO (2) ORIGINALS. - End Page - 7

12 SECTION 3: QUALIFYING REQUIREMENTS FOR VARIOUS PACKAGE CATEGORIES 1.0 For the purpose of establishing a list of qualified Parties for different Package Categories, the Applicants shall meet the following Qualifying Requirements: A. SUPPLY-CUM-ERECTION OF TOWER [Category Code: TBCB/765 kv/tw] Qualification of Applicant will be based on meeting the minimum pass/fail criteria specified below regarding the Applicant s Technical Experience, Manufacturing Facilities, Equipment Capabilities and Financial Position as demonstrated by the Applicant s responses in the corresponding Application Schedules. Subcontractors technical experience and financial resources shall not be taken into account in determining the Applicant s compliance with the qualifying criteria. The Application shall be submitted by an individual firm only. 1.1 Technical Experience (i) The Applicant shall have completed as a prime contractor* physical construction of one transmission line project involving tower foundation, erection and stringing of not less than 100 kms. of route length of 345/400 kv Double Circuit or higher voltage class transmission line involving Quad bundle conductor per phase or higher bundle configuration within the last seven (7) years as on the last date of submission of Application i.e., 8 th November * In case of works executed under a contract that had been awarded on a joint venture, the experience of individual joint venture partner shall be considered limited to the scope of that partner under the said contract. 1.2 Manufacturing Facilities a) The Applicant should have its own manufacturing facilities for the Transmission Line towers and tower parts. b) The Applicant should have the following minimum manufacturing capacity per financial year: MT for D/C line(s) MT for S/C line(s) Page - 8

13 c) The Applicant s manufacturing experience in terms of average quantity of latticed steel structures(transmission line tower parts, microwave tower parts, substation structures etc.) manufactured per financial year, during the last three financial years should not be less than: MT for D/C line(s) MT for S/C line(s) d) In case the Applicant does not fully meet the requirement at 1.2(b) & 1.2(c) above, the Applicant may have assured access from not more than one tower manufacturer to collectively meet the requirement at 1.2(b) & (c) above. In such a case, the Applicant on its own shall meet atleast 40% of the requirements at 1.2(b) & (c) above. 1.3 Equipment capabilities The Applicant should own or have access to the following key erection equipment. For D/C line(s) Tension Stringing Equipment (For Hexagonal Bundle conductor): Minimum 6 no. of 15 Tonnes Capacity or Minimum 3 No. of 24 Tonnes Capacity For S/C line(s) Tension Stringing Equipment (For Quad Bundle conductor): Minimum 2 no. of 15 Tonnes Capacity In case Applicants are proposing above facilities from other agencies, they shall furnish the details of such agencies alongwith their consent letters. 1.4 Financial Position (a) Minimum Average Annual Turnover *(MAAT) for best three years i.e. 36 months out of last five financial years of the Applicant should be Indian Rs crore for D/C line(s) and Indian Rs crore for S/C line(s) Page - 9

14 * Note- Annual total income as incorporated in the profit & loss account excluding non-recurring income, i.e., sale of fixed assets (b) Applicant shall have liquid assets (L.A) or/and evidence of access to or availability of credit facilities of not less than Indian Rs crore for D/C line(s) and Indian Rs crore for S/C line(s) In case Applicant is a holding company, MAAT & LA referred to in clause 1.4(a) & (b) above shall be of that holding company only (i.e excluding its subsidiary/ group companies). In case Applicant is a subsidiary of a holding company, MAAT & LA referred to in clause 1.4 (a) & (b) above shall be of that subsidiary company only (i.e., excluding its holding company). B. SUPPLY OF CONDUCTOR [Category Code: TBCB/765 kv/cd] [Under this Package Category, the Applicant may submit its Application for either or both of the following options: Option I: Total supply including procurement of raw material by Applicant Option II: Total supply including procurement of raw material except for Aluminum which shall be in the scope of POWERGRID. The QRs applicable for the aforesaid Options are mentioned below.] Option I: Total supply including procurement of raw material by Applicant Qualification of Applicant will be based on meeting the minimum pass/fail criteria specified below regarding the Applicant s Technical Experience and Financial Position as demonstrated by the Applicant s responses in the corresponding Application Schedules. The Application shall be submitted by an individual firm meeting the Qualifying Requirement (QR). 1.1 Technical Experience (a) The Applicant shall be a manufacturer of Conductor. The Applicant s experience should include the following: Page - 10

15 For D/C line(s) The Applicant should have manufactured, tested and supplied at least one thousand (1000) Kms of Sixty One (61) or above strands of ACSR/AAAC conductor during last five (5) years as on the last date of submission of Application i.e., 8 th November For S/C line(s) The Applicant should have manufactured, tested and supplied at least one thousand (1000) Kms of Forty Nine (49) or above strands of ACSR/ AAAC conductor during last five (5) years as on the last date of submission of Application i.e., 8 th November Financial Position a) Minimum Average Annual Turnover (MAAT) for best three years i.e. 36 months out of last five financial years of the Applicant should be Rs Crore for D/C line(s), Rs Crore for S/C line(s) * Note: Annual total income as incorporated in the profit and loss account excluding non-recurring income, i.e. sale of fixed assets. b) Applicant shall have liquid assets (L.A) or/and evidence of access to or availability of credit facilities of not less than Rs Crore for D/C line(s), Rs Crore for S/C line(s) In case Applicant is a holding company, MAAT & LA referred to in clause 1.2 (a) & (b) above shall be of that holding company only (i.e excluding its subsidiary/ group companies). In case Applicant is a subsidiary of a holding company, MAAT & LA referred to in clause 1.2(a) & (b) above shall be of that subsidiary company only (i.e. excluding its holding company). Option II: Total supply including procurement of raw material except for Aluminum which shall be in the scope of POWERGRID Page - 11

16 Qualification of Applicant will be based on meeting the minimum pass/fail criteria specified below regarding the Applicant s Technical Experience and Financial Position as demonstrated by the Applicant s responses in the corresponding Application Schedules. The Application shall be submitted by an individual firm meeting the Qualifying Requirement (QR). 1.1 Technical Experience (a) The Applicant shall be a manufacturer of Conductor. The Applicant s experience should include the following: For D/C line(s) The Applicant should have manufactured at least one thousand (1000) Kms of Sixty One (61) or above strands of ACSR/AAAC conductor during last five (5) years as on the last date of submission of Application i.e., 8 th November For S/C line(s) The Applicant should have manufactured at least one thousand (1000) Kms of Forty Nine (49) or above strands of ACSR/AAAC conductor during last five (5) years as on the last date of submission of Application i.e., 8 th November C. SUPPLY OF INSULATOR [Category Code: TBCB/765 kv/is] Qualification of Applicant will be based on meeting the minimum pass/fail criteria specified below regarding the Applicant s technical experience and financial position as demonstrated by the Applicant s responses in the corresponding Application Schedules. The Application shall be submitted by an individual firm meeting the Qualifying Requirement(QR). 1.1 Technical Experience (a) The Applicant shall be a manufacturer of Insulators of similar nature for the last five years. The Applicant s experience should include the following: For S/C line(s) (i) The applicant should have designed, manufactured, tested and supplied 120 kn & 210 kn or above electro-mechanical strength of disc Page - 12

17 insulators/ porcelain long rod insulators for 345/400 kv or above voltage transmission line of quantities not less than 50,000 nos. disc insulators/ 6520 nos. porcelain long rod insulators of each rating and the same should have been in satisfactory operation for a minimum period of two years as on the last date of submission of Application i.e., 8 th November Further, the manufacturer should also have successfully completed at least the following tests on insulator strings of 120 kn & 210 kn Standard disc insulators / porcelain long rod for 765 kv Applications as on the last date of submission of Application i.e., 8 th November Power Frequency voltage withstand test (Wet) 2. Switching surge voltage withstand test (Wet) 3. Lightning Impulse voltage withstand test (Dry) 4. Voltage distribution test* 5. Corona Extinction voltage test 6. RIV test *(Not applicable for porcelain long rod insulators) For D/C line(s) (i) The applicant should have designed, manufactured, tested and supplied 160 kn & 210 kn or above electro-mechanical strength of disc insulators/ porcelain long rod insulators for 345/400 kv or above voltage transmission line of quantities not less than 50,000 nos. disc insulators/ 6520 nos. porcelain long rod insulators of each rating and the same should have been in satisfactory operation for a minimum period of two years as on the last date of submission of Application i.e., 8 th November Further, the manufacturer should also have successfully completed at least the following tests on insulator strings of 160 kn & 210 kn Standard disc insulators / porcelain long rod for 765 kv Applications as on the last date of submission of Application i.e., 8 th November Page - 13

18 1.2 Financial Position 1. Power Frequency voltage withstand test (Wet) 2. Switching surge voltage withstand test (Wet) 3. Lightning Impulse voltage withstand test (Dry) 4. Voltage distribution test* 5. Corona Extinction voltage test 6. RIV test *(Not applicable for porcelain long rod insulators) a. Minimum Average Annual Turnover (MAAT)* for best three years i.e. 36 months out of last five financial years of the Applicant should be Rs million or US $ 6.12 million for D/C line(s) and Rs million or US $ 3.25 million or equivalent for S/C line(s) * Note: Annual total income as incorporated in the profit and loss account excluding non recurring income i.e. sale of fixed assets. b. Applicant shall have liquid assets (L.A) or/and evidence of access to or availability of credit facilities of not less than Rs million or US $ 1.00 million or equivalent for D/C line(s and Rs million or US $ 0.50 million or equivalent for S/C line(s). In case Applicant is a holding company, MAAT & LA referred to in clause 1.2(a) & (b) above shall be that of holding company only (i.e., excluding its subsidiary/ group companies). In case Applicant is a subsidiary of a holding company, MAAT & LA referred to in clause 1.2(a) & (b) above shall be that of subsidiary company only (i.e. excluding its holding company). - End Page - 14

19 SECTION 4: EVALUATION CRITERIA [EC] For the purpose of ranking of qualified Parties, following evaluation criteria shall be applied based on the information/details/data/documentary evidences provided in the prescribed Forms and Formats as contained in Section 6: A. FOR SUPPLY-CUM-ERECTION OF TOWER [Category Code: TBCB/765 kv/tw] S. Criteria Maximum Remarks N. Score 1. Past performance (previous technical experiences) 1.1 Number of Transmission Line Projects completed as a prime contractor* during 1 st September 2006 till the last 20 An Applicant who has executed a Transmission Line Project as per the date of submission of Application (i.e., criterion shall be awarded a 8 th score of 2 marks and November 2011) with each thereafter additional 2 marks Transmission Line Project involving shall be awarded for every tower foundation, erection and additional Transmission stringing having route length of atleast Line Project executed by the 100 kms. of 345/400 kv Double Circuit or higher voltage class transmission line. Applicant. However, the maximum score shall not exceed Timely completion of various Transmission Line Projects completed as a prime contractor* during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011) with each Transmission Line Project involving tower foundation, erection and stringing having route length of atleast 100 kms. of 345/400 kv Double Circuit or higher voltage class transmission line. 1.3 Cumulative route length of transmission line involving Quad Bundle Conductor or above Bundle Conductor configuration per phase strung with Tension Stringing Equipment by the Applicant in Transmission Line Projects completed as a prime contractor* during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011). 10 An Applicant, who has completed a Transmission Line Project as per the criterion within the Time for Completion as mentioned in the original contract, shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every such additional Transmission Line Project executed by the Applicant. However, the maximum score shall not exceed An Applicant who has executed a cumulative length of 100 kms. as per the criterion shall be awarded a score of 2 marks and thereafter additional 1 mark shall be awarded for every increment of 50 kms. However, the maximum score shall not exceed 10. Page - 15

20 S. Criteria N. 1.4 Number of constructions done as a prime contractor* involving tower erection and stringing of river crossing with a minimum span of 600 meters and minimum tower height of 60 meters of 345/400 kv Double circuit or higher voltage class transmission line(s) during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011). 1.5 Cumulative route length of transmission line of at least 110/132 kv voltage level involving tower foundation, erection and stringing in mountainous region done as a prime contractor* during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011). Maximum Remarks Score 5 An Applicant who has executed one river crossing as per the criterion shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every additional river crossing experience. However, the maximum score shall not exceed 5. 5 An Applicant who has executed a cumulative length of 50 kms. as per the criterion shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every additional experience of 50 kms. However, the maximum score shall not exceed 5. [* In case of works executed under a contract that had been awarded on a joint venture, the experience of individual joint venture partner shall be considered limited to the scope of that partner under the said contract.] 2 Financial soundness (turnovers, liquid assets and consistent profitability) 2.1 Average Annual Turnover (AAT) for best three years i.e., 36 months out of last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). 2.2 Liquid Assets (LA) [total current assets less inventory] as per the latest audited Balance Sheet of the Applicant as on the last date of submission of Application (i.e., 8 th November 2011). 2.3 Consistent profitability in last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). Page An Applicant who has AAT of Rs. 100 Cr. shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of Rs. 100 Cr. However, the maximum score shall not exceed An Applicant who has LA of Rs. 20 Cr. shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of Rs. 20 Cr. However, the maximum score shall not exceed Score shall be awarded on the following basis: Profitability Score In all five FYs 5 In four FYs and 3 loss in one FY

21 S. N. Criteria 3 Technical competence (testing facility) 3.1 Availability of in-house proto type tower testing facility for various types of Extra High Voltage Transmission line Tower Structures as on the last date of submission of Application (i.e., 8 th November 2011). Maximum Score Remarks In three FYs and loss in two FYs In case losses in three or more FYs 5 Score will be either 5 or 0 depending upon the availability of the facility. 4 Organizational capability (manufacturing capacity) 4.1 Manufacturing capacity (in terms of MT of tower parts on per annum basis). 10 An Applicant who has its own manufacturing capacity of 20,000 MT per annum shall be awarded a score of 2 marks and thereafter additional 1 mark shall be awarded for every increment of 10,000 MT. However, the maximum score shall not exceed 10. Total 100 Note: The Applicants shall note that the scoring shall be in INTEGER only and in the increments as mentioned in Remarks column of above table. B. FOR SUPPLY OF CONDUCTOR (OPTION-I: Total supply including procurement of raw material by the Applicant) [Category Code: TBCB/765 kv/cd] [Applicants may submit their Applications for Option-I and/or Option-II, clearing mentioning the same in their Applications.] S. Criteria Maximum Remarks N. Score 1. Past performance (previous technical experiences) 1.1 Cumulative length of Sixty One (61) or above strands of ACSR/AAAC conductor manufactured, tested and supplied by the Applicant during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011) (applicable for 765 kv D/C Transmission Line Projects). Page An Applicant, who has manufactured, tested and supplied a cumulative length of 1,000 kms. Sixty One (61) or above strands of ACSR/AAAC conductor (applicable for 765 kv D/C Transmission Line Projects) or 1,000 kms. Forty Nine (49) or above strands of ACSR/AAAC conductor 1 0

22 S. N. Criteria Maximum Score Remarks Or (applicable for 765 kv S/C Transmission Line Projects) Cumulative length of Forty Nine (49) shall be awarded a score of 1 or above strands of ACSR/AAAC mark and thereafter additional 1 mark shall be conductor manufactured, tested and awarded for every increment supplied by the Applicant during 1 st of 1,000 kms. of respective September 2006 till the last date of type of conductor submission of Application (i.e., 8 th manufactured, tested and November 2011) (for 765 kv S/C supplied by the Applicant as Transmission Line Projects). per the criterion. However, the maximum score shall not exceed Financial soundness (turnovers, liquid assets and consistent profitability) 2.1 Average Annual Turnover (AAT) for best three years i.e., 36 months out of last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). 2.2 Liquid Assets (LA) [total current assets less inventory] as per the latest audited Balance Sheet of the Applicant as on the last date of submission of Application (i.e., 8 th November 2011). 2.3 Consistent profitability in last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). 3. Technical competence (testing facility) 3.1 Availability of in-house inspection/ pre-despatch testing facilities for the conductor as on the last date of submission of Application (i.e., 8 th November 2011). 25 An Applicant who has AAT of Rs. 100 Cr. shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of Rs. 100 Cr. However, the maximum score shall not exceed An Applicant who has LA of Rs. 20 Cr. shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of Rs. 20 Cr. However, the maximum score shall not exceed Score shall be awarded on the following basis: Profitability Score In all five FYs 5 In four FYs and 3 loss in one FY In three FYs and 1 loss in two FYs In case losses in 0 three or more FYs 5 Score will be either 5 or 0 depending upon the availability of testing facilities. Page - 18

23 S. Criteria Maximum Remarks N. Score 4 Organizational capability (manufacturing capacity and capability) 4.1 Manufacturing capacity (in terms of equivalent 61 Strand ACSR Moose Conductor on per annum basis). 20 An Applicant who has manufacturing capacity of 5,000 kms. of equivalent 61 Strand ACSR Moose Conductor per annum shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of manufacturing capacity of 5,000 kms. of equivalent 61 Strand ACSR Moose Conductor per annum. However, the maximum score shall not exceed Manufacturing capability of Sixty One (61) or above strands of AAAC conductor (applicable for 765 kv D/C Transmission Line Projects). Or Manufacturing capability of Forty Nine (49) or above strands of AAAC conductor (applicable for 765 kv S/C Transmission Line Projects). Total Score will be either 5 or 0 depending upon the manufacturing capability including supply of requisite type of conductor to atleast one of the Applicant s customers during 1st September 2006 till the last date of submission of Application (i.e., 8th November 2011). Note: The Applicants shall note that the scoring shall be in INTEGER only and in the increments as mentioned in Remarks column of above table. C. FOR SUPPLY OF CONDUCTOR (OPTION-II: Total supply including procurement of raw material except for Aluminium which shall be in the scope of POWERGRID) [Category Code: TBCB/765 kv/cd] [Applicants may submit their Applications for Option-I and/or Option-II, clearing mentioning the same in their Applications.] S. Criteria Maximum Remarks N. Score 1. Past performance (previous technical experiences) 1.1 Cumulative length of Sixty One (61) or above strands of ACSR/AAAC conductor manufactured on Job Order basis/ regular basis by the Applicant during 1 st September 2006 till the last Page An Applicant, who has manufactured on Job Order basis/ regular basis a cumulative length of 500 kms. Sixty One (61) or above

24 S. N. Criteria date of submission of Application (i.e., 8 th November 2011) (applicable for 765 kv D/C Transmission Line Projects). Or Cumulative length of Forty Nine (49) or above strands of ACSR/AAAC conductor manufactured on Job Order basis/ regular basis by the Applicant during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011) (applicable for 765 kv S/C Transmission Line Projects). 1.2 Number of Contracts completed on Job Order basis during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011) involving in each Contract manufacturing of Sixty One (61) or above strands of ACSR/AAAC conductor of at least 500 kms. length on Job Order basis (applicable for 765 kv D/C Transmission Line Projects). Or Maximum Remarks Score strands of ACSR/AAAC conductor (applicable for 765 kv D/C Transmission Line Projects) or 500 kms. Forty Nine (49) or above strands of ACSR/AAAC conductor (applicable for 765 kv S/C Transmission Line Projects) shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of 500 kms. of respective type of conductor manufactured on Job Order basis/ regular basis by the Applicant as per the criterion. However, the maximum score shall not exceed An Applicant, who has completed one contract on Job Order basis as per the respective criterion shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for additional contract as per the respective criterion executed by the Applicant. However, the maximum score shall not exceed 10. Number of Contracts completed on Job Order basis during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011) involving in each Contract manufacturing of Forty Nine (49) or above strands of ACSR/AAAC conductor of at least 500 kms. length on Job Order basis (applicable for 765 kv S/C Transmission Line Projects). Page - 20

25 S. Criteria Maximum Remarks N. Score 2 Financial soundness (turnovers, liquid assets and consistent profitability) 2.1 Average Annual Turnover (AAT) for best three years i.e., 36 months out of last five financial years of the 5 An Applicant who has AAT of Rs. 10 Cr. shall be awarded a score of 1 mark Applicant as per the latest Annual and thereafter additional 1 mark shall be awarded for Reports/Audited Financial Statements every increment of Rs. 10 Cr. as on the last date of submission of However, the maximum Application (i.e., 8 th November 2011). score shall not exceed Liquid Assets (LA) [total current assets less inventory] as per the latest audited Balance Sheet of the Applicant as on the last date of submission of Application (i.e., 8 th November 2011). 2.3 Consistent profitability in last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). 3. Technical competence (testing facility) 3.1 Availability of in-house inspection/ pre-despatch testing facilities for the conductor as on the last date of submission of Application (i.e., 8 th November 2011). 5 An Applicant who has LA of Rs. 2 Cr. shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of Rs. 2 Cr. However, the maximum score shall not exceed 5. 5 Score shall be awarded on the following basis: Profitability Score In all five FYs 5 In four FYs and 3 loss in one FY In three FYs and 1 loss in two FYs In case losses in 0 three or more FYs 5 Score will be either 5 or 0 depending upon the availability of testing facilities. 4 Organizational capability (manufacturing capacity and capability) 4.1 Manufacturing capacity (in terms of equivalent 61 Strand ACSR Moose Conductor on per annum basis). 20 An Applicant who has manufacturing capacity of 5,000 kms. of equivalent 61 Strand ACSR Moose Conductor per annum shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of manufacturing capacity of 5,000 kms. of equivalent 61 Strand ACSR Moose Page - 21

26 S. N. Criteria 4.2 Manufacturing capability (in terms of having rolling mill facility for conversion of aluminium ingots into rod). 4.3 Manufacturing capability of Sixty One (61) or above strands of AAAC conductor (applicable for 765 kv D/C Transmission Line Projects). Or Manufacturing capability of Forty Nine (49) or above strands of AAAC conductor (applicable for 765 kv S/C Transmission Line Projects). Maximum Remarks Score Conductor per annum. However, the maximum score shall not exceed Score will be either 20 or 0 depending upon the manufacturing capability. 5 Score will be either 5 or 0 depending upon the manufacturing capability including completion of order(s) of requisite type of conductor to atleast one of the Applicant s customers during 1 st September 2006 till the last date of submission of Application (i.e., 8th November 2011). Total 100 Note: The Applicants shall note that the scoring shall be in INTEGER only and in the increments as mentioned in Remarks column of above table. D. FOR SUPPLY OF INSULATOR [Category Code: TBCB/765 kv/is] S. Criteria Maximum Remarks N. Score 1. Past performance (previous technical experiences) 1.1 Number of contracts completed during 1 st September 2006 till the last date of submission of Application (i.e., 20 An Applicant who has completed one contract as per the criterion shall be 8 th November 2011) involving awarded a score of 2 marks and thereafter additional 2 manufacturing and supply of (i) either marks shall be awarded for 120 kn or 160 kn, and (ii) 210 kn or every additional contract above electro-mechanical strength of executed by the Applicant. disc insulators/porcelain long rod However, the maximum insulators for 345/400 kv or above score shall not exceed 20. voltage transmission line of quantities not less than 50,000 nos. disc insulators/6,520 nos. porcelain long rod insulators of each rating and the same should have been in satisfactory operation for a minimum period of two years as on the last date of submission of Application (i.e., 8 th November 2011). Page - 22

27 S. Criteria N. 1.2 Customer/Utility certificates for satisfactory operation of 120 kn or above rating disc insulators/ porcelain long rod insulators at 345 kv or above voltage level as on the last date of submission of Application (i.e., 8 th November 2011) manufactured, tested and supplied by the Applicant. Maximum Remarks Score 15 Marks shall be awarded based on distinct customerwise/utility-wise certificate. In case of one or more certificates of one customer/ utility in the Applicant s country meeting the criterion, 1 mark shall be awarded. For certificate(s) of other customer/utility in Applicant s country, another 1 mark shall be awarded. However, in case of customer/utility is outside the Applicant s country, 2 marks shall be awarded customer-wise/ utility-wise certificate. However, the maximum score shall not exceed Duration of satisfactory operation of 10 In case the requisite number atleast 10,000 Nos. of 120 kn or above of insulators are in rating disc insulators/ 1,500 No. of 120 satisfactory operation for a kn or above porcelain long rod period of two years as per the criterion in a particular insulators at 765 kv or above voltage Contract, the Applicant shall level in a particular Contract (having be awarded a score of 1 the maximum duration of satisfactory mark and thereafter operation) was on the last date of additional 1 mark shall be submission of Application (i.e., 8 th awarded for every November 2011) manufactured, tested additional year of successful and supplied by the Applicant. performance in that particular Contract. However, the maximum score shall not exceed Financial soundness (turnovers, liquid assets and consistent profitability) 2.1 Average Annual Turnover (AAT) for best three years i.e., 36 months out of last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). 10 An Applicant who has AAT of equivalent Rs. 10 Cr. (or equivalent US$ 2 million) shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of Rs. 10 Cr. (or equivalent US$ 2 million) However, the maximum score shall not exceed 10. Page - 23

28 S. Criteria N. 2.2 Liquid Assets (LA) [total current assets less inventory] as per the latest audited Balance Sheet of the Applicant as on the last date of submission of Application (i.e., 8 th November 2011). 2.3 Consistent profitability in last five financial years of the Applicant as per the latest Annual Reports/Audited Financial Statements as on the last date of submission of Application (i.e., 8 th November 2011). 3. Technical competence (testing facility) 3.1 Availability of in-house inspection/ pre-despatch testing facilities for the insulator as on the last date of submission of Application (i.e., 8 th November 2011). Maximum Remarks Score 5 An Applicant who has LA of equivalent Rs. 5 Cr. (or equivalent US$ 1 million) shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of equivalent Rs. 5 Cr. (or equivalent US$ 1 million). However, the maximum score shall not exceed 5. 5 Score shall be awarded on the following basis: Profitability Score In all five FYs 5 In four FYs and 3 loss in one FY In three FYs and 1 loss in two FYs In case losses in 0 three or more FYs 5 Score will be either 5 or 0 depending upon the availability of testing facilities. 4 Organizational capability (manufacturing capacity and capability) 4.1 Manufacturing capacity (in terms of equivalent 160 kn Standard Disc/ Porcelain long rod Insulators on per 15 An Applicant who has manufacturing capacity of 1,00,000 Nos. of equivalent annum basis in numbers). 160 kn Standard Disc Insulators/ 10,000 Nos. of equivalent 160 kn Standard Porcelain Long Rod Insulators per annum shall be awarded a score of 1 mark and thereafter additional 1 mark shall be awarded for every increment of manufacturing capacity of 1,00,000 of equivalent 160 kn Standard Disc Insulators/ 10,000 Nos. of equivalent 160 kn Standard Porcelain Long Rod Insulators per annum. However, the maximum Page - 24

29 S. N. Criteria 4.2 Manufacturing capability of Glass Disc Insulators/ Porcelain Long Rod Insulators of 120 kn and above rating Maximum Remarks Score score shall not exceed Score will be either 10 or 0 depending upon the manufacturing capability including supply of requisite type of insulator(s) to atleast one of the Applicant s customers during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011). 4.3 Manufacturing capability of Disc 5 Score will be either 5 or 0 Insulators/ Porcelain Long Rod depending upon the Insulators of 300 kn and above rating manufacturing capability Insulators including supply of requisite type of insulator(s) to atleast one of the Applicant s customers during 1 st September 2006 till the last date of submission of Application (i.e., 8 th November 2011). Total 100 Note: The Applicants shall note that the scoring shall be in INTEGER only and in the increments as mentioned in Remarks column of above table. POWERGRID will consider the Applications solely on the basis of information/details/data/documentary evidences etc. provided by the Applicants in the Applications only without seeking further clarifications from the Applicants in normal circumstances. Accordingly, the Applicants are required to furnish complete and precise information along with supporting documentary evidences as applicable in the Applications as the same shall be treated as final and no further clarifications may be asked by POWERGRID from the Applicants for this purpose. Accordingly, the scoring shall be based on the information/ details/ data/ documentary evidences provided in the Applications. In order to arrive at the final scores, scores obtained under various criteria shall be added arithmetically. Based on the scores obtained by various Applicants, they shall be ranked for inviting Request for Estimation and Proposal (RFEP), the details of which have been provided in Section 5. - End Page - 25

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) Office of the Chief Engineer (Procurement) Regd. Office: Vidyut Bhavan (10 TH Floor), Block- B, Bidhannagar,

More information

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014

More information

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:.. 1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy

More information

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015 PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)

CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED) 1 CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED) CONTRACT THIS CONTRACT ( Contract ) is entered into this

More information

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) Regional Office : No.4 North Avenue,Srinagar Colony,Saidapet, Chennai 15. Phone : 22201216/0350 Fax. 22200068. E-Mail :rmmdrs.cwhc@nic.in

More information

Section 3 - Evaluation and Qualification Criteria

Section 3 - Evaluation and Qualification Criteria Páge 1 of 13 This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 34 and ITB 35, no other methods, criteria and factors shall

More information

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. E-TENDER DOCUMENT FOR APPOINTMENT OF REGULAR H&T CONTRACTOR AT CW, CHROMEPET, CHENNAI. DATE FOR DOWNLOADING TENDER

More information

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees of Forest Directorate Government of West Bengal Government of West Bengal Forest

More information

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240

More information

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority

More information

Expression of Interest. Scanning of Documents

Expression of Interest. Scanning of Documents 1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: edusecondaryhry@gmail.com

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

BANK OF UGANDA REPUBLIC OF UGANDA

BANK OF UGANDA REPUBLIC OF UGANDA BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug

More information

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01) PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,

More information

Expression of Interest

Expression of Interest Expression of Interest UCO Bank, one of India s leading public sector banks, places its Expression of Interest for empanelment of advertising agencies, based in India for engaging their services in the

More information

TABLE OF CONTENTS. I. Introduction 3. II. Contractor Pre-Qualification Criteria 4. III. Procedure for Application of Contractor Pre-Qualification 6

TABLE OF CONTENTS. I. Introduction 3. II. Contractor Pre-Qualification Criteria 4. III. Procedure for Application of Contractor Pre-Qualification 6 Related To FEWA Electricity Network (Transmission & Distribution) Version 1.0 December 2014 TABLE OF CONTENTS Page I. Introduction 3 II. Contractor Pre-Qualification Criteria 4 III. Procedure for Application

More information

SANITARY SECTION IIT Kharagpur

SANITARY SECTION IIT Kharagpur SANITARY SECTION IIT Kharagpur Annexure - l No. : IIT/SAN/EE/TEN/2015-16/03 Date: 05/10/2015 NOTICE INVITING TENDER Last Date for submission of Tender on: - 13/11/2015 up-to 4:00 P.M. Pre-bid discussion

More information

Procurement of Provision of Computers and Computer Peripherals for CBUD cities

Procurement of Provision of Computers and Computer Peripherals for CBUD cities B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business Reference Number: RFP P&D(39)/184 /2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications

More information

BANK OF UGANDA REPUBLIC OF UGANDA

BANK OF UGANDA REPUBLIC OF UGANDA BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: info@bou.or.ug

More information

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant... Securities and Exchange Board of India SEBI Bhavan, Plot No. C-4A, G Block, Bandra Kurla Complex, Bandra (E), Mumbai 400 051 Tel. No.022-26449000/26449170 Application Form Empanelment of Contractors for

More information

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS Annex I RFP Instructions to Proposers TABLE OF CONTENTS 1. INTRODUCTION... 3 1.1 General... 3 1.2 Eligible Proposers... 4 1.3 Cost of Proposal... 6 2. SOLICITATION DOCUMENTS... 6 2.1 Contents of Sollicitation

More information

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION

More information

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors Request for Proposal [RFP] India Brand Equity Foundation Apparel House, 5th Floor

More information

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda CONCEPT Bank of Baroda proposes to construct premises for establishment of Baroda RSETIs (Rural Self Employment Training Institutes) at the following places where our Baroda Swarojgar Vikas Sansthan are

More information

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

SECTION-I. Mysore /Division / NOTICE INVITING TENDER SECTION-I /Government of India /Department of Atomic Energy /Bhabha Atomic Research Centre Mysore /Division -1,, -571 130 Post Bag No. 1. Yelwal, Mysore 571 130 /Telephone : 0821-2406533 /Fax : 0821-240

More information

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL Request For Quotation from Service Providers for ISO/IEC 27001:2013 Certification for UTIITSL Release Date: 17-Jun-2015 Page 1 of 8 UTI Infrastructure Technology And Services Limited (UTIITSL) is looking

More information

Notice for appointment of Chartered Accountants firm for statutory audit

Notice for appointment of Chartered Accountants firm for statutory audit Bihar Gram Swaraj Yojna Society Panchayati Raj Department Govt. of Bihar 3 rd Floor Biscomaun Tower, Gandhi Maidan, Patna 800001 Contact No : 0612-2219175/7544010999 Ref: 2/BGSYS/FIN 14-150/2011 Notice

More information

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office of the PM Purulia R. E. Project N.R.E.P. Building, 2 nd. Floor, PO & Dist.- Purulia,Telephone Fax No.03252

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED Information Technology Department Head Office, National Housing

More information

OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM

OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM OIL INDIA LIMITED (OIL) invites sealed bids from eligible Bidders/ Firms for the following services : IFB No./

More information

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF SERVICES) PROVISION OF MOTOR VEHICLE INSURANCE ITB No.: AD15-008-INT Prepared by Rue E. Pierre 11, Zone Ambassade de Etats-Unis Tabarre 27, Port-au-Prince, Haiti 30 June

More information

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for

More information

DISCLAIMER. This request for Expression of Interest (EOI) is not an offer by the Department

DISCLAIMER. This request for Expression of Interest (EOI) is not an offer by the Department DISCLAIMER This request for Expression of Interest (EOI) is not an offer by the Department of Posts, India, but an invitation to receive responses from eligible interested firms for providing project consultancy

More information

TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars

TENDER NOTICE. Tender for Printing of Calendars - 2016 Wall Calendars, Desk Calendars & Date Calendars TENDER NOTICE Bank of India The General Manager, Publicity & Public Relations Dept., Head Office, Star House, C-5, G-Block, Bandra Kurla Complex, Bandra (East) Mumbai-400 051 Tender No. BOI/P&PR/GLB/15-16/CL-1

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business 31.08.2015 HO : Near Bajrang Bhawan, Delhi Road Rohtak 124 001 (Haryana) www.shgb.co.in A. General Information

More information

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No. CS/28-01-13/1 January 2013 (Readvertised February 2013) Introduction The

More information

Development of application Software for Election Commission

Development of application Software for Election Commission M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages

More information

PROVISION OF LEGAL SERVICES

PROVISION OF LEGAL SERVICES COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS 1/10 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS Delhi Development Authority Medical Cell VikasSadan,

More information

GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS

GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS May 2004 Revised October 1, 2006 & May 1, 2010 This is a MS Word version of the official Consultant Guidelines. If altered, this

More information

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals

More information

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website

REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website FPU.SR- 19.5 REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The Design and Development of the Zimbabwe Diaspora Website Prepared by Number 4 Duthie Road, Alexandra

More information

DOCUMENT FOR THE REGISTRATION OF SUPPLIERS FOR PROVISION OF ASSETS MARKING (ASSET TAGGING)/TRACKING OF ASSET SYSTEM

DOCUMENT FOR THE REGISTRATION OF SUPPLIERS FOR PROVISION OF ASSETS MARKING (ASSET TAGGING)/TRACKING OF ASSET SYSTEM KENYA NATIONAL BUREAU OF STATISTICS P.O.BOX 30266-00200 NAIROBIKENYA TEL; 020 317622 DOCUMENT FOR THE REGISTRATION OF SUPPLIERS FOR PROVISION OF ASSETS MARKING (ASSET TAGGING)/TRACKING OF ASSET SYSTEM

More information

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID The Vardhaman Mahaveer Open University, Kota (Raj.) invites proposals from

More information

Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri. For the FINANCIAL YEAR -2014-15

Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri. For the FINANCIAL YEAR -2014-15 Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri For the FINANCIAL YEAR -2014-15 DISTRICT RURAL DEVELOPMENT AGENCY:MALKANGIRI 1 2 DISTRICT RURAL

More information

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 PREQUALIFICATION OF BIDDERS FOR PROVISION OF SOFTWARE SYSTEM SERVICES, WEBSITE MANAGEMENT AND MAINTENACE

More information

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6

More information

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software NATIONAL HEALTH SYSTEMS RESOURCE CENTRE NIHFW Campus, Baba Gangnath Marg, Munirka, New Delhi - 110067 TENDER DOCUMENT UNDER TWO BID SYSTEMS NAME OF WORK Tender Document for Supply, Implementation & Maintenance

More information

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders

More information

Production of audio visual capsules on Innovations from India for India Brand Equity Foundation (IBEF)

Production of audio visual capsules on Innovations from India for India Brand Equity Foundation (IBEF) Production of audio visual capsules on Innovations from India for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector

More information

REC Power Distribution Company Limited. No. RECPDCL/CM/Tech(Vol-I)/6/EOI. Notice Inviting Expression of Interest (EoI) For

REC Power Distribution Company Limited. No. RECPDCL/CM/Tech(Vol-I)/6/EOI. Notice Inviting Expression of Interest (EoI) For REC Power Distribution Company Limited No. RECPDCL/CM/Tech(Vol-I)/6/EOI Notice Inviting Expression of Interest (EoI) For Empanelment of Consultants for Systems Improvement Study/Project Consulting/Detailed

More information

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01. HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.15 Online E-tenders are invited in Two-Bid System for

More information

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune College of Engineering Pune-411 005 INVITATION OF TENDER For providing Facility Management Services of IT Infrastructure at College of Engineering Pune Cost of document Rs. 500/- Page 1 of 12 COLLEGE OF

More information

Securities and Exchange Board of India

Securities and Exchange Board of India Securities and Exchange Board of India SEBI Bhavan, Plot No. C-4A, G Block, Bandra Kurla Complex, Bandra (E), Mumbai 400 051 EMPANELMENT OF AGENCIES FOR CARETAKING SERVICES Securities and Exchange Board

More information

ZONAL OFFICE KARNATAKA ZONE EMPANELMENT OF PRINTING CONTRACTORS

ZONAL OFFICE KARNATAKA ZONE EMPANELMENT OF PRINTING CONTRACTORS ZONAL OFFICE KARNATAKA ZONE EMPANELMENT OF PRINTING CONTRACTORS Bank of India invites applications for EMPANELMENT of PRINTING CONTRACTORS for printing supply in the range of Rs.1.00Lacs to Rs.10.00Lacs

More information

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73

Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract No: 01/IT/NEPSE/072-73 Nepal Stock Exchange Limited NEPSE Singhadurbar Plaza, Kathmandu BIDDING DOCUMENT for Supply, Delivery, Installation and Commissioning of Internet Based Fully Automated Online Trading System at NEPSE Contract

More information

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO Request for Proposal Scanning of Policy and non policy documents at SBI Life HO SBI Life Insurance Co Ltd RFP for Centralized Scanning Services Page 1 1. INTRODUCTION AND BACKGROUND SBI Life is a joint

More information

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY

More information

SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System)

SINGLE STAGE BIDDING For Supply, Installation, Customization and Automation of KALRO Business Processes (Financial Management System) KENYA AGRICULTURAL AND LIVESTOCK RESEARCH ORGANIZATION HEADQUARTERS: Kaptagat Road, Loresho P.O. BOX 57811-00200 NAIROBI Telephone: 4183301-20/0722-206986/88 SINGLE STAGE BIDDING For Supply, Installation,

More information

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture IDBI Bank Ltd. proposes to carryout Modular Furniture Works for its new bank branches and offices, Renovation

More information

Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014

Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014 RURAL ELECTRIFICATION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) Registered Office: Core-4, Scope Complex,7-Lodi Road, New Delhi-110003 Ph. 011-24363613, Fax. 0114309-1515 Ref. REC/Adm. (Estate)/2013-14/

More information

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency Axom Sarba Siksha Abhiyan Mission Kahilipara, Guwahati -19 EOI No.SSA/CP/RTE-Campain-52/2011/PT/4923 Date : 08.10.2012 DOCUMENT Expression of Interest for Empanelment Of Film Producer/ Film Production

More information

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts) STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT (Works, Heavy Equipment, Supply and Installation Contracts) Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

More information

PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES

PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES PRE-QUALIFICATION OF PROVIDERS FOR GOODS AND SERVICES Plot No 1020 KISUGU- MUYENGA, P.O Box 3557, KAMAPALA, UGANDA www.mariestopes.org PREFACE Pre-qualification is a pre-tender process that provides for

More information

1. Technical Offer Submission Sheet

1. Technical Offer Submission Sheet 8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.

More information

Corrigendum Document. For. Selection of Agency

Corrigendum Document. For. Selection of Agency Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth

More information

Document Control Sheet

Document Control Sheet Document Control Sheet S.No DESCRIPTION PARTICULARS 1 EOI- Document Ref. Number IDBI /PCELL / EOI/ 2015-16/020 2 Date of Issue of EOI 20 October 2015 3 Last date of receipt of pre bid queries. 26 October

More information

GAIL (India) Limited Corporate Office New Delhi EMPANELMENT OF ADVERTISING AGENCIES

GAIL (India) Limited Corporate Office New Delhi EMPANELMENT OF ADVERTISING AGENCIES GAIL (India) Limited Corporate Office New Delhi EMPANELMENT OF ADVERTISING AGENCIES 1. Introduction GAIL (India) Limited wishes to empanel INS accredited advertising agencies for handling routine, statutory

More information

NATIONAL INSTITUTE OF OCEAN TECHNOLOGY, CHENNAI

NATIONAL INSTITUTE OF OCEAN TECHNOLOGY, CHENNAI NATIONAL INSTITUTE OF OCEAN TECHNOLOGY, CHENNAI NOTICE INVITING OFFERS FROM CHARTERED ACCOUNTANT FIRMS FOR APPOINTMENT OF STATUTORY AUDITORS OF THE INSTITUTE National Institute of Ocean Technology (NIOT)

More information

PUNJAB SKILLS DEVELOPMENT FUND PRE-QUALIFICATION OF CONTRACTORS FOR RENTAL VEHICLES

PUNJAB SKILLS DEVELOPMENT FUND PRE-QUALIFICATION OF CONTRACTORS FOR RENTAL VEHICLES PUNJAB SKILLS DEVELOPMENT FUND PRE-QUALIFICATION OF CONTRACTORS FOR RENTAL VEHICLES House # 125, Abu Baker Block, New Garden Town, Lahore Pakistan. Phone: +92-42-35913540-41 Fax: +92-42-35913539 Contents

More information

Request for proposal for Designing of a Logo for Department of Commerce

Request for proposal for Designing of a Logo for Department of Commerce Request for proposal for Designing of a Logo for Department of Commerce Request for Proposal [RFP] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon - 122003, Haryana.

More information

PQ Value No. Tender(Rs) (Rs.)

PQ Value No. Tender(Rs) (Rs.) NOTICE INVITING TENDER (NIT) PRESS TENDER NOTICE(Two Cover System) DT.27.06.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"

More information

Bidding/Invitation to Tender Documents PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA. March 3, 2016

Bidding/Invitation to Tender Documents PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA. March 3, 2016 Bidding/Invitation to Tender Documents For PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA March 3, 2016 NIT Amount: Rs.2, 494,190/- Vetted by: Accounts Officer (IT), CDA CAPITAL

More information

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16 U.T. ADMINISTRATION OF DAMAN & DIU O/o THE ASSISTANT DIRECTOR OF EDUCATION / DISTRICT PROJECT OFFICER, SARVA SHIKSHA ABHIYAN MISSION, DISTRICT PANCHAYAT, DHOLAR, MOTI DAMAN 396 220. Tender Notice No. ADE/EE/SSA/Biometrics/2015-16/617

More information

GUIDELINES PROCUREMENT UNDER IBRD LOANS AND IDA CREDITS

GUIDELINES PROCUREMENT UNDER IBRD LOANS AND IDA CREDITS GUIDELINES PROCUREMENT UNDER IBRD LOANS AND IDA CREDITS May 2004 Revised October 1, 2006 & May 1, 2010 document no longer holds its official status The May 2004 revised October 2006 Guidelines have been

More information

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015 PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2014 2015 1.0 INVITATION FOR PREQUALIFICATION TO TENDER FOR THE SUPPLY OF GOODS & SERVICES (One application form can only be used to apply

More information

Empanelment of Vendors for Load Testing

Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. TENDER FOR Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year. Tender Inquiry No. NSIC/HO/TISDC/05 National Small Industries

More information

Dated 14 July, 2015. Director (A&F) NHIDCL

Dated 14 July, 2015. Director (A&F) NHIDCL National Highways & Infrastructure Development Corporation Ltd. (A Public Sector Undertaking in the Ministry of Road Transport and Highways, Govt. of India) 3 rd Floor, PTI Building, 4 - Parliament Street,

More information

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last

More information

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS. Government of India Directorate of Film Festivals Ministry of Information & Broadcasting Siri fort Auditorium Complex August Kranti Marg New Delhi-110049 Dated:-17.05.2013 TENDER FOR ANNUAL MAINTENANCE

More information

NOTICE INVITING PROPOSAL

NOTICE INVITING PROPOSAL NOTICE INVITING PROPOSAL Sl. Pg. 1 1. CIDCO of Maharashtra Limited through the process of e-tendering invites On-line Proposal from single business entities fulfilling the eligibility criteria for PMIC

More information

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of

More information

REQUEST FOR PROPOSAL FOR APPOINTMENT OF INDEPENDENT ENGINEER FOR IMPLEMENTATION OF ACCIDENT RESPONSE SYSTEM AND TRAFFIC MANAGEMENT CENTRE

REQUEST FOR PROPOSAL FOR APPOINTMENT OF INDEPENDENT ENGINEER FOR IMPLEMENTATION OF ACCIDENT RESPONSE SYSTEM AND TRAFFIC MANAGEMENT CENTRE REQUEST FOR PROPOSAL FOR APPOINTMENT OF INDEPENDENT ENGINEER FOR IMPLEMENTATION OF ACCIDENT RESPONSE SYSTEM AND TRAFFIC MANAGEMENT CENTRE Madhya Pradesh Road Development Corporation Ltd. 16-A, Arera Hills,

More information

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015

Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015 Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,

More information

Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA

Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi-110020, INDIA Request for Proposal (RFP) Empanelment/ Registration of Vendors

More information

The Price Bid of those tenderers only, who qualify in the Technical Bid will be opened duly informing them.

The Price Bid of those tenderers only, who qualify in the Technical Bid will be opened duly informing them. (A Government of India Undertaking) ----------------------------------------------------------------------------------------- SUPPORT SERVICES DEPARTMENT, CENTRAL OFFICE, 239,VIDHAN BHAVAN MARG, NARIMAN

More information

EXPRESSION OF INTEREST. for. Reconciliation System

EXPRESSION OF INTEREST. for. Reconciliation System EXPRESSION OF INTEREST for Reconciliation System May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request for EOI, without

More information

NOTICE FOR EMPANELMENT OF ADVERTISING AGENCIES

NOTICE FOR EMPANELMENT OF ADVERTISING AGENCIES Council for Advancement of People's Action and Rural Technology (CAPART) Zone-5A (Core-C), 2nd Floor, India Habitat Centre, Lodhi Road, New Delhi -110003 Phone: 011-2464 2393, 2464 2395 NOTICE FOR EMPANELMENT

More information

APPLICATION FOR PRE-QUALIFICATION OF AGENCIES / CONTRACTORS FOR GARDEN MAINTENANCE SERVICES

APPLICATION FOR PRE-QUALIFICATION OF AGENCIES / CONTRACTORS FOR GARDEN MAINTENANCE SERVICES APPLICATION FOR PRE-QUALIFICATION OF AGENCIES / CONTRACTORS FOR GARDEN MAINTENANCE SERVICES To The Principal, State Bank Institute of Rural Development, Lingampally, Hyderabad- 500019. Dear Sir, ENGAGEMENT

More information

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS Expression of Interest for empanelment of civil and other contractors KMRL/PROJ/AM CIVIL III/2015/803/EOI 07-15 29/07/2015

More information

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016 REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference

More information

--------------------------------------------------------------------------------------------------------------------------------------

-------------------------------------------------------------------------------------------------------------------------------------- Indian Institute of Technology Hyderabad KANDI, SANGAREDDY Medak (District) - PIN-502 285, Telangana, India Phone-91-040-23016025 Email: cenlib@iith.ac.in Webpage: http://library.iith.ac.in --------------------------------------------------------------------------------------------------------------------------------------

More information

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)

More information

USER S GUIDE TO PREQUALIFICATION OF BIDDERS

USER S GUIDE TO PREQUALIFICATION OF BIDDERS User s Guide to Prequalification of Bidders Standard Procurement Document This publication seeks to guide borrowers on how to prepare a prequalification document based on ADB s Standard Procurement Document

More information